USS PREBLE (DDG 88) 6C1 Selected Restricted Availability (SRA) (Yokosuka, Japan)
ID: N6264925RR021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Mar 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 1:00 AM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS PREBLE (DDG 88) during its Selected Restricted Availability (SRA) in Yokosuka, Japan. The contract requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and involves a comprehensive package of work items, including management, scheduling, and quality assurance for various repair tasks. This procurement is critical for maintaining the operational readiness of naval assets, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by April 18, 2025, at 10:00 AM Japan Standard Time, and can request access to detailed work specifications via DoD SAFE by contacting Neil Flint or Ai Gillard.

Point(s) of Contact
Files
Title
Posted
The document outlines a solicitation for maintenance work on the USS Preble (DDG-88) as part of FY26's 6C1 SRA (Ship Repair Availability). This Request for Proposal (RFP) includes detailed data on labor, material, and other costs associated with over 43 technical work items (TGIs) required for the vessel’s upkeep. Individual tasks such as cleaning, inspecting, repairing, and preserving various voids and tanks are specified, though all proposed costs for labor, materials, and other direct costs (ODCs) are noted as zero, indicating potential for initial budgeting or placeholder entries. The document emphasizes that offerors need to input relevant data for accurate assessment and total computation, aligning with federal guidelines for government contracts. A critical focus is on the structure and organization of the proposal, requiring careful detailing of in-house and subcontractor labor, along with breakdowns for specific work items. This submission reflects the government’s initiative to ensure thorough maintenance and readiness of naval assets, thus contributing to national defense capabilities. Overall, it demonstrates a systematic approach to government contracting within the maritime sector, underscoring the need for compliance and precision in project costing.
This document outlines a solicitation related to Government Furnished Property (GFP) as part of a contracting process overseen by the U.S. Navy. It features a solicitation number (N62649R021), an attachment indicating details regarding GFP, and contact information for the government contracting officer, Ai Gillard. Key elements include the requirement for bidders to furnish specific item details, such as description, quantity, unit measure, and acquisition cost, for both non-serially and serially managed requisitions. Emphasis is placed on compliance with mandatory fields, ensuring thorough documentation for effective procurement operations. This solicitation is crucial for facilitating the acquisition of necessary items while adhering to government policies and procedural regulations in managing federal contracts.
The document is a Request for Information (RFI) associated with RFP Number N6264925RR021, indicating a solicitation from the government for contractor input or feedback. It is structured to allow contractors to submit questions related to the RFP, while reserving space for government response and review details. Specifically, it includes designated areas for technical reviewers to record their insights on the RFI’s inquiries, including any specifications, drawings, or material changes pertaining to the request. This document is essential for potential contractors seeking clarification on project requirements and facilitates an organized dialogue between contractors and the government, ensuring that proposals align with government expectations and compliance standards. Overall, the RFI serves as a formal mechanism for contractor engagement in the federal procurement process.
Apr 8, 2025, 7:04 AM UTC
The document presents a Contract Data Sheet, outlining a federal contract's performance and compliance status. It includes sections for details such as the contractor's name, contract number, completion date, type, item/service description, and customer information. The performance information section features a series of yes/no questions assessing the adherence to contract timelines, compliance with specifications, and the necessity for rework or modifications. Additional inquiries address the contract’s status regarding terminations, litigations, or quality awards received in the past three years, alongside a request for any corrective actions taken to resolve deficiencies. Information requiring detailed explanations is marked with an asterisk, necessitating additional narrative input. The overall objective of this sheet is to evaluate the effectiveness and compliance of contracted services or supplies in relation to federal RFPs and grants, ensuring accountability and performance standards are met.
Apr 8, 2025, 7:04 AM UTC
The solicitation document outlines a Request for Proposal (RFP) for ship repair and maintenance services for the USS Preble (DDG 88) at the US Naval Ship Repair Facility in Yokosuka, Japan. The contract's anticipated period of performance is from October 6, 2025, to February 10, 2026, with all offers due by April 18, 2025, at 10:00 AM JST. The document requires contractors to possess an existing Master Agreement for Repair and Alteration of Vessels (MARAV) to be eligible for award, unless the Navy can assess a new application within the required timeline. The contractor responsibilities encompass the management, scheduling, testing, and quality assurance related to a seemingly extensive list of repair tasks enumerated in the attachments. Access to detailed work specifications is restricted to contractors who request approval through DoD SAFE. Additionally, stringent safety regulations regarding crane operations, quality assurance processes, and conditions regarding government-furnished materials are detailed throughout. The document emphasizes compliance with NAVSEA standards, highlights the importance of inspections and performance assessments, and establishes guidelines for contractor security and access in line with Department of Defense policies.
Apr 8, 2025, 7:04 AM UTC
The document outlines Amendment N6264925RR021, which modifies a solicitation for repair and alteration contracts concerning the USS PREBLE (DDG 88). The primary purpose is to update the solicitation's language while maintaining the proposal due date of April 18, 2025. The repair, scheduled from October 6, 2025, to February 10, 2026, requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy. Key modifications include detailed contractor obligations for supplying materials, managing government-furnished materials, and scheduling integrated production processes. Notably, the contractor must attend planning meetings and provide necessary documentation for government review. The evaluation and award will follow a Lowest Price Technically Acceptable (LPTA) process focusing on fair pricing, technical acceptability, and past performance ratings. Compliance with safety standards and operational requirements is emphasized, particularly in sections concerning crane operations and contractor access to government facilities. This amendment aims for clarity in contract execution while ensuring that only qualified contractors can engage in critical repairs for the Navy.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
PMAV SUPPORT FOR USS MICHAEL MONSOOR (DDG-1001) (Yokosuka, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for Preventive Maintenance Availability (PMAV) support for the USS Michael Monsoor (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires that only firms with an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy are eligible to submit proposals, emphasizing the need for compliance with military standards in ship repair and maintenance. This contract, scheduled for performance from June 1 to June 20, 2025, necessitates detailed cost breakdowns and adherence to safety regulations, with proposals due by 10:00 AM Japan Standard Time on April 28, 2025. Interested parties can contact Shouko Sekido at shouko.sekido.ln@us.navy.mil for further information.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.
USNS PREVAIL (TSV-1) DPMA- Synopsis
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
Navy Expeditionary Combat Craft (NECC) Repairs
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for the repair of Navy Expeditionary Combat Crafts (NECC) ranging from 5 to 78 feet in length. The procurement aims to provide necessary management, labor, materials, and equipment for maintenance, upgrades, and repairs of non-commissioned boats and associated systems, primarily supporting various Naval Facilities in the San Diego area. This contract is crucial for ensuring that mission-ready boats and crafts are returned to service, with the anticipated solicitation to be issued as a Total Small Business Set-Aside in October 2024. Interested parties should contact Elisa Allison at elisa.r.allison.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil for notifications regarding the RFP posting and must be registered in the appropriate procurement systems to be eligible for award.
Repair of QTY 1 EA, SSBN 726 Class Propeller
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of one SSBN 726 Class Propeller, identified by NSN 2S 2010-01-003-6313 P2. Contractors are required to submit a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, with a focus on compliance with quality assurance standards and timely reporting of progress. This procurement is critical for maintaining the operational readiness of military assets, emphasizing the importance of adherence to military specifications and documentation requirements. Interested parties should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents.